Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

Y -- RECOVERY--Y--Rathbun Lake Shoreline Restoration

Notice Date
6/8/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-B-1021
 
Response Due
6/12/2009
 
Archive Date
8/11/2009
 
Point of Contact
Brad Willis, 8163892246<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(bradley.l.willis@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATIONFOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Kansas City District has been tasked to provide Shoreline Restoration at Rathbun Lake in Appanoose County, Iowa. This project is part of the American Recovery and Reinvestment Act (ARRA) of 2009. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The associated North American Industry Classification System (NAICS) code is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $33,500,000. The magnitude of construction is between $1,000,000 and $5,000,000. GENERAL SCOPE OF WORK The contractor shall perform all necessary earthwork repairs associated with restoration of 7 eroded areas proposed for restoration. Eroded areas will be graded to provide a transition between steeper upper banks and less steep lower bank areas to establish rock slope protection on slopes that generally range between approximately 350 ft. x 120 ft. to 50 ft. x 170 ft. Quarry run rock will be placed for the slope protection and rock slope extensions. There are 5 areas of access construction where work primarily includes clearing and grubbing, grading, geotextile, quarry run, crushed rock placement, and the installation of CMP. If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423, Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications (ORCA). To do so requires CCR registration, including an MPIN number. Instructions for completing the ORCA registration may be obtained, and required information may be entered at http://orca.bpn.gov. This sources sought notice is solely for the Governments use as a market research tool. As such, the issuance of a competitive solicitation is not guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than June 12, 2009 by 14:00 (CST). The response to this notice shall be in summary format and shall not exceed ten (10) pages. All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. At a minimum, the following must be provided: 1. Company name; 2. Company mailing address; 3. Point(s) of Contact including Telephone Number(s) & E-mail Address(es); 4. Current socioeconomic status of your company as it relates to (NAICS) Code 237990 5. A capabilities statement of your firms capacity to meet this requirement to include: (a)Bonding capacity by project and in aggregate (b)Any project experience similar in nature to the above in terms of scope and magnitude (c)Ability and willingness to mobilize to this geographically remote area Per the direction of FAR 4.5 Electronic Commerce in Contracting, The Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to bradley.l.willis@usace.army.mil. Responses via FAX or traditional mail will not be accepted. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-B-1021/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01838938-W 20090610/090608235223-0f0affef5b7ca7791fa981daf9ce057d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.